national projects construction corporation limited …npcc.gov.in/tenders/1771.pdf · architectural...

71
Page 1 of 71 Sr. Manager Signature of the Agency NPCC Limited NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government of India Enterprise) SOUTHERN ZONAL OFFICE No. 1316, 2 nd Cross, KHB Colony, Magadi Road, Bangalore – 560 079 Tele.No. 080 2311 0309 Fax No. 080 2311 0308 website: www.npcc.gov.in Ref No.700008/NPCCL/SZO/Tender/2012-13/ Dated: 01.06.2012 NOTICE INVITING TENDER Sealed tenders are invited under Two bid system for and on behalf of Chairman & Managing Director, NPCC Limited, from the agencies of National Repute for the works of providing Architectural Consultancy Services as Associate Consultant for the construction of Flyover at Bangalore. The dates of sale, submission and opening of tender documents are from 06.06.2012 to 18.06.2012 & 18.06.2012 respectively. For further details, log on to website www.npcc.gov.in. Any corrigendum / addendum / errata in respect of above tender shall be made available only at the above mentioned web site. Sr. Manager (Work Section) Southern Zone CC to: 1. GM (C&M), NPCC Ltd., CO., Faridabad. 2. Internal Audit, NPCC, CO, Faridabad. 5. Manager (F), NPCC Ltd., SZO, Bangalore 6. Notice Board of NPCC Ltd., SZO, Bangalore.

Upload: ngothuan

Post on 17-Mar-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 1 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED

(A Government of India Enterprise)

SOUTHERN ZONAL OFFICE No. 1316, 2nd Cross, KHB Colony, Magadi Road, Bangalore – 560 079 Tele.No. 080 2311 0309 Fax No. 080 2311 0308 website: www.npcc.gov.in

Ref No.700008/NPCCL/SZO/Tender/2012-13/ Dated: 01.06.2012

NOTICE INVITING TENDER

Sealed tenders are invited under Two bid system for and on behalf of Chairman & Managing Director, NPCC Limited, from the agencies of National Repute for the works of providing Architectural Consultancy Services as Associate Consultant for the construction of Flyover at Bangalore. The dates of sale, submission and opening of tender documents are from 06.06.2012 to 18.06.2012 & 18.06.2012 respectively. For further details, log on to website www.npcc.gov.in. Any corrigendum / addendum / errata in respect of above tender shall be made available only at the above mentioned web site.

Sr. Manager (Work Section) Southern Zone

CC to: 1. GM (C&M), NPCC Ltd., CO., Faridabad.

2. Internal Audit, NPCC, CO, Faridabad.

5. Manager (F), NPCC Ltd., SZO, Bangalore

6. Notice Board of NPCC Ltd., SZO, Bangalore.

                   

Page 2: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 2 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

 SECTION‐ I 

  

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government of India Enterprise)

SOUTHERN ZONAL OFFICE

No. 1316, 2nd Cross, KHB Colony, Magadi Road, Bangalore – 560 079 Tele.No. 080 2311 0309 Fax No. 080 2311 0308 www.npcc.gov.in

TENDER FOR Providing Architectural Consultancy Services as Associate Consultant for the work of “Construction of Flyover at Bangalore”. Reference to NIT NIT No. 700008/NPCCL/SZO/Tender/2012-13/

dated 01/06/2012 Date of Issue of Tender From 06.06.2012 to 18.06.2012

Last date for submission of Tender 18.06.2012 up to 3.30 PM

Date of opening of Tender 18.06.2012 at 4.00 PM

Tender Issued to

M/s .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

                  

Page 3: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 3 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

       

I N D E X

S. No Sections Description page 1 Section-I Notice Inviting Tender

1-7

2 Section-II Instructions to the Tenderer

8-10

3 Section-III Description of work & Scope of work of Consultant

11-36

(a) Other Terms & Conditions

37-41 4 Section-IV

(b) Undertaking

42

5 Section-V Price Bid-Format

43

6 Annexure-I List of Fill-Up the Blanks

44

7 Annexure-II Proforma of Bank Guarantee for performance Guarantee

45-46

8 Annexure-III Proforma for Agreement 47-48 9 Annexure-IV Report on the Geotechnical Investigation 49-52

10 Annexure-V Drawings 53-60

    

Page 4: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 4 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

 

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government of India Enterprise)

SOUTHERN ZONAL OFFICE

No. 1316, 2nd Cross, KHB Colony, Magadi Road, Bangalore – 560 079 Tele.No. 080 2311 0309 Fax No. 080 2311 0308 www.npcc.gov.in

GENERAL CONDITIONS OF CONTRACT

GCC                        

Page 5: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 5 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government of India Enterprise)

SOUTHERN ZONAL OFFICE

No. 1316, 2nd Cross, KHB Colony, Magadi Road, Bangalore – 560 079 Tele.No. 080 2311 0309 Fax No. 080 2311 0308 www.npcc.gov.in

Ref. No: 700008/NPCCL/SZO/Tender/2012-13/ Date:01/06/2012

NOTICE INVITING TENDER

National projects Construction Corporation Limited (NPCC) invites sealed tenders under two bid system (One envelope for technical bid and other for financial bid) from the agencies of National repute for the work as detailed below: S.No.

1 Name of the work :

Providing Architectural Consultancy Services as Associate Consultant for the construction of Flyover at Bangalore

Estimated construction cost of the Project : Rs.2500.00 Lakhs

2 Scope of work

a) This tender is called for preparation of design, drawing, bill of quantities and estimate etc. for construction of a Flyover at Bangalore City for participating in the tender and full technical consultancy services for execution only in case of the work is awarded to NPCC.

b) On selection of the consultant, MOU will be executed and the consultant has to provide design, drawing, estimate etc. as stipulated and required for NPCC to participate in the tender of the client and no payment will be released at this stage.

c) Work order will be issued in favour of the consultant, if and only if the

project is awarded to NPCC by the client.

d) All details of the design and drawing etc. shall be submitted in 5 sets with one soft copy.

e) Releasing of good for construction drawings to site including getting necessary approval from clients and statutory bodies whenever / wherever required shall be submitted.

Page 6: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 6 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

3 Completion time for the project of a Flyover. 18 Months including Monsoon Period

4 Earnest money to be deposited 10,000.00 (Rupees Ten Thousand only)

5 Cost of tender Documents Rs 2,000.00 (Rupees Two thousand only)

6

Validity of Tender 45 Days

7 Sale of tender Documents From 06.06.2012 to 18.06.2012

8 Submission of tender 18.06.2012 up to 3.30 PM

9 Opening of Technical bid 18.06.2012 at 4.00.PM

10

Qualifying Criteria:

a) Agency must have the valid registration from the council of Architecture. b) Should have designed one similar work of Flyover / ROB / Bridge

Projects costing not less than Rs.2000.00 lakhs or two works amounting to a total of Rs. 1250.00 lakhs each and three works amounting to a total of Rs.1000.00 lakhs during last five years and should have opened for traffic.

c) Agency should have successfully designed and executed the consultancy work of an obligatory span of minimum 35 meters which has been constructed and opened for traffic and value of work not less than Rs.1850.00 Lakhs.

d) Agency must have an office / franchise within Bangalore suburbs,

Karnataka.

e) Agency should have registration with any one of the Central / State Govt. departments or PSU.

      

Page 7: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 7 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

 ISSUE OF TENDER DOCUMENTS   

 Tender documents for the above works can be purchased from the office of the

ZONAL MANAGER, SOUTHERN ZONAL OFFICE, NO. 1316, 2ND CROSS, KHB

COLONY, MAGADI ROAD, BANGALORE – 560 079 AND COPORATE OFFICE,

PLOT NO. 67-68, SECTOR-25, FARIDABAD – 121 004 (HARYANA) on any working

day during the period as mentioned above between 11.00 A.M to 4.00 P.M on payment

of Rs. 2000/-. Tender documents can be viewed from our official website

www.npcc.gov.in and the agencies fulfilling the requirements and qualifying criteria

may purchase the documents and submit the same within the date mentioned above.

Tender without EMD shall not be entertained and will be treated as non-responsive.

Tender documents will not be sent by post / courier.

Sr. Manager (Work Section) Southern Zone

              

Page 8: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 8 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

 SECTION - II

1.0 INSTRUCTIONS TO TENDERERS

1.1 Background: NPCC intent to take up the work of Construction of a Flyover for Govt. of Karnataka. 1.2 Scope of work: Preparation of detailed design, drawings, estimates etc. for

participating in the tender for the work of construction of Flyover at Bangalore. Preparation of detailed construction drawings and other relevant details including monitoring on daily basis in the aspects of design and construction.

1.3 Further details / clarifications if any required can be collected from our Southern Zonal

Office at No. 1316, 2nd Cross, KHB Colony, Magadi Road, Bangalore – 560 079 Tele. No. 080 2311 0309, Fax No. 080 2311 0308.

1.4 Submission of Tender / Opening of tender: Tender shall be submitted in the office of

Zonal Manager, N.P.C.C. Ltd. Southern Zonal Office, No. 1316, 2nd Cross, K H B Colony, Magadi Road, Bangalore – 560 079 on or before 18.06.2012 up to 15.30 Hrs. Tender shall be opened on the same day at 16.00 Hrs. in the presence of intending Tenderer(s) or their authorized representatives. Tenders received after due date and time shall not be accepted.

1.5 Earnest Money deposit (EMD): The Earnest Money Deposit for this work is

Rs.10,000/- (Rupees Ten Thousand only). The EMD so submitted shall be in the form of Demand Draft in favour of NPCC Limited payable at Bangalore and same will be adjusted into against security deposit in case of successful Tenderer and returned in case of unsuccessful Tenderers, after award of work.

1.6 Validity of offer: 90 ( Ninety ) Days from the date of Submission of tender. 1.7 Submission of Tender: The tender shall be submitted in two Envelopes as follows: The Envelope No.1 Technical Bid: This will contain the Pre-qualification documents specified in NIT (Credentials) and EMD of Rs. 10,000/- (Rupees Ten Thousand only) in the form of DD of any nationalized/ scheduled bank in favour of NPCC Limited payable at Bangalore along with the unconditional acceptance letter on the letter head of the Tenderer in respect of the tender conditions as per Proforma available in the tender document. The EMD in any other form shall not be accepted. This envelope No. 1 will also contain the tender document (without Price Bid) duly signed without any conditions. This shall contain all information asked vide NIT and conditional tenders shall be treated as non-responsive and will be rejected. The Envelope No. 2 Price BID: This will contain the unconditional price Bid duly signed by authorized signatory. Both the Envelopes shall be sealed separately and shall be marked / written respectively as technical Bid and Price Bid. These 2 sealed envelopes shall be submitted in an outer sealed envelope clearly mentioning the name of work for which the tender is offered. Architectural Consultancy service for the Construction of Flyover at Bangalore.

Page 9: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 9 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

NIT No: 700008/NPCCL/SZO/Tender/2012-13/ Dated: 01.06.2012 Due on: 18.06.2012 The Envelope No. 1 shall be opened on its due date & time in presence of the bidders or their representatives who wish to be present. On verification of the envelope No.1 contents as detailed above, the envelope No. 2 of qualified bidders will be opened for which date may be intimated over phone/ Fax. Conditional tenders will be summarily rejected. If the contents/ requirements of the envelope No.1 are not found in order, the envelope No.2 shall not be opened and offer of that bidder will be rejected. Special care should be taken to write the rates and amounts in figures as well in words in such a way that any alteration is not possible. The total amount should be written both in figures and in words. In case of figures; the word ‘Rs’ should be written before the figure of Rupees and word “P’ after the decimal figure e.g. Rs. 2.15p and in words Rs. 2.15 shall be written as Rupees two and fifteen paisa only. Unless the rate / amount is in whole Rupees it should invariably be up to two decimal places. While quoting the rates in Bill of quantities, the word “Only” should be written closely following the amount and it should not be written in the next line. In case of any discrepancy between the rates/percentage quoted in figures and words, then the rate/percentage quoted by the contractor in words shall be taken as correct. The tender shall be strictly as per the conditions of the contract. Tender with any additional condition (s) /modifications shall be rejected. 1.8 The price quoted by the Tenderer shall be in Percentage basis. The percentage shall

be payable as per the payment schedule if and only if NPCC is awarded the work from the client.

On selection MOU will be signed for preparation of detailed design drawings & estimate

to the client for acceptance. No payment shall be released at this stage of work. Work order will be issued if and only if NPCC is awarded the work from the client.

No claim of what so ever nature shall be entertained in case work is not awarded to

NPCC by the Client. After award of work by the client to NPCC, work order will be issued to the consultant and payment shall be released strictly in accordance with the payment schedule at Clause No. 1.11.

The rate will include the following:

• Payment to statutory bodies/ local authorities /State Government.

• Any fee, deposit and payment towards services rendered by local authorities / state Govt.

1.9 NPCC Ltd. Reserves the right to accept / or reject any or all the tenders received without assigning any reasons whatsoever.

Page 10: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 10 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

1.10 It is advised that the consultants should visit the site of work to properly assess the scope of work, before quoting for the tender.

1.11 Payment Schedule: S.No. Description Percentage of Quoted Fee

1 On submission & approval of Detailed conceptual plan /

design basis taking care of amalgamating with existing facilities, design / drawings, detailed cost estimate / BOQ etc.

-- Nil --

2 On Preparation & supply of Tender Documents / specifications, bill of quantities, analysis of rates of various non-schedule items for calling the Tender for the complete scheme and approval after getting statutory clearance from all local / statutory bodies.

-- Nil --

3 On preparation & supply of Good for Construction Drawings for all components of the Scheme

30%

4 During progress of work visits to site till the completion

of all works on ground.( Payment shall be released on prorate basis)

60%

5 After submission of As built drawings, design and

approval of the same by authorities if any, in soft as well as hard copies and completion report etc. and on handing over of the Project to the department and after issue of completion certificate.

10%

6 TOTAL 100%

Important Note: The payment for the above works are payable only after award of the work from the Client to NPCC and after receipt of payment from client. No price variation is permitted at any cost for the above work 1.12 Time Completion Schedule (in case, the work is awarded to NPCC by the client):

Details Time from Award of Work Award of Work 0 Submission of Topographic Survey Drawing along with the 4 Weeks Report, Hydraulic Study Report Horizontal and Vertical Geometries, GAD and Construction 5 Weeks Schedule Traffic Diversion Schemes I Traffic Management Schemes 5 Weeks Quality Assurance Manual, Safety Inception Report and Detailed Design Parameters 7 Weeks Design and Construction Drawings of all Foundations and 10 Weeks whole Structure Design and Construction Drawing of all Piers and 15 Weeks Design and Construction Drawing of all Superstructures 17 Weeks Design and Construction Drawing of Balance Items of Work 20 Weeks Submission of As Built Drawings, Video CD, Maintenance 4 Weeks after Completion of Manual Work  Note: - Any slippage in the above schedule will lead to imposition of penalty as per relevant clause or as decided by the Engineer in-charge.

Page 11: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 11 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

SECTION-III

2.0. Description of work 2.1 The work for which consultancy services are to be provided is as below. 2.2 The Associate consultant shall prepare survey / preliminary estimates / concept /

detailed estimates for Construction of Flyover at Bangalore for the client Govt. of Karnataka in consultation with Local bodies, clients, NPCC / State Authorities within the frame work and guidelines issued by NPCC / State Govt. with all amendments. During preparation of Survey / Preliminary estimates/ concept / detailed estimates, if any new component is required to be added in the Survey / preliminary estimates / concept / detailed estimates as per requirement of client / Govt. Authorities / NPCC / State Govt. the same shall be made part of survey / preliminary estimates / concept / detailed estimates.

2.3 The consultant shall also prepare & submit a Survey / preliminary estimate/concept/

detailed estimate incorporating all short comings / fresh requirements / missing details and shall get approval of the same from concerned authorities. The detailed scope of work is explained in the following paras:

2.4 Scope of work of consultant:

a) This tender is called for preparation of design, drawing, estimate etc. for construction of a Flyover at Bangalore City for participating in the tender and full technical consultancy for execution only in case of the work is awarded to NPCC.

b) On selection of the consultant, MOU will be executed and the consultant has to provide design, drawing, estimate etc. as stipulated and required for NPCC to participate in the tender of the client and no payment will be released at this stage.

c) Work order will be issued in favour of the consultant, if and only if the project is

awarded to NPCC by the client.

d) All details of the design and drawing etc. shall be submitted in 5 sets with one soft copy. In case, the work have been awarded by client to NPCC.

a) Detailed Layout of Scheme of a particular length / section showing various components (related to present work) will be shown on drawings.

b) Report of topographical survey / contouring, all field investigation, collection of

required data from the town, from local bodies / Govt. agencies, Sample collection and their testing and record of levels / level chart etc.

c) Detailed report on Geo-technical & Hydro-geological investigations, its findings and results.

d) Ultimate disposal point, intermediate rain water harvesting system etc.

Page 12: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 12 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

e) Technical Parameters covering the following:

i) Detailed Architectural, structural, & Flowchart drawings.

ii) Design details duly certified by NPCC / Local bodies Govt. Agencies / Vetting Agencies. The design details shall be got proof checked, if so ordered by Local Municipal Corporation Authorities / State Govt. / NPCC from any of the IITs / Regional Engineering Colleges / Institutions / nominated by the Owner.

iii) Detailed specifications of each work

iv) Quality assurance scheme giving details of equipments and tests to be carried out with their frequency keeping IS Codes in view.

v) Format for monitoring progress during construction Stage.

vi) Bill of quantities duly priced. All estimates shall be prepared on the basis of Central / State schedule of rates, norms wherever applicable and on the basis of market rate where Central / State schedule of rates are not applicable. These estimates should be comprehensive and should include all items. Detailed rate analysis for the items not included in state schedule of rates / DSR etc. shall have to be submitted.

vii) To update the Survey / preliminary estimate/concept/detailed estimate incorporating suggestions and missing details/facilities etc.

viii) To prepare & submit required set of Tender Documents, tender Drawings, BOQ, Estimate and Specifications etc.

 ix) To prepare & submit Good for construction drawings and visit the sites of

work regularly as per the requirement of NPCC / State Govt. Authorities to solve the problems of site & issue necessary clarifications / explain about the Project in detail.

x) Design Calculations for all the components of the schemes including getting approvals from the concerned authorities.

xi) Detailed Structural Drawings / Design Calculations for all the components of the scheme including getting proof checking if required by NPCC / Owner.

xii) Detailed Electrical / Mechanical Drawings / Design Calculations for all the

components of the schemes including getting approvals from the concerned authorities.

xiii) Detailed technical specifications for all the non-scheduled items proposed in the schemes.

xiv) Any other drawings / information’s/details required for completion of

Survey / preliminary estimate/concept/detailed estimate for execution of work but not mentioned above.

Page 13: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 13 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

The scope of work further includes the following:

Survey / Preliminary estimate / concept

i) After receipt of LOI, the Associate Consultant shall carry out necessary survey

and prepare preliminary Architectural concept drawings of the different buildings and preliminary estimates for the projects inter-alia including requirements given by NPCC / Govt. of Karnataka. This shall be submitted to NPCC within prescribed scheduled time of receipt of necessary relevant requirements / instructions from NPCC / Govt. of Karnataka for approval.

ii) After the award, within the prescribed scheduled time, preliminary concept

drawings and the preliminary estimate shall be prepared on the basis of PWD Schedule of Rates, updated with current cost indices at the location of the project and on the basis of Market rate analysis where SR rates are not applicable. These estimates shall be comprehensive inclusive of all taxes and shall include all items of anticipated expenditure. No payment shall be released to the consultant on this account and no claim whatsoever shall be entertained on this account.

iii) The Associate Consultant shall be responsible to start the work and immediately

take up preparation of detailed Architectural and working drawings of different components / structures of Flyover in phases as per the priority fixed by NPCC / Govt. of Karnataka and get the drawings so prepared, approved from the Competent authority of NPCC / Govt. of Karnataka / local authorities so that simultaneously work could be started without loss of time. As such consultant shall ensure to get all the architectural / working drawings approved from competent authority of NPCC / Govt. of Karnataka / local authorities in planned phased manner and the corresponding details prepared by all means within the prescribed scheduled time of the approval of preliminary estimates.

iv) The Associate Consultant shall, while planning and preparing detailed estimate

of the project, endeavor to use existing infrastructure, materials etc. to the possible extent so as to reduce the cost of construction.

2.5 The Associate consultant shall discuss all the points / shortcomings / new require-

ments, if any with the Local bodies / Govt. Authorities / NPCC / State Govt. and shall take their concurrence on all the observations.

2.6 If any new component is to be added to the scheme, the consultant shall collect all the

data, shall get done all the surveys / investigations/tests required for the planning / designing of additional component and nothing extra shall be payable on this account.

2.7 Undertaking site visits or to attend meetings to collect details / data / information

required for planning purposes, holding necessary discussions with NPCC / Clients. Representatives / local bodies and obtaining requirements of the Project and attending meeting with officials of Local bodies / Govt. Authorities / State / NPCC or any other agency, as and when required shall have to be borne by the consultant and shall be

Page 14: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 14 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

covered within his quoted / negotiated fees and nothing extra shall be payable on this account.

2.8 Undertaking site visits or to attend meeting during execution of the project to ensure adherence of execution as per detailed drawings and specifications, including sorting out problems and issue necessary clarifications at site including preparation & submission of additional drawings and details for proper execution of work at site shall have to be borne by the consultant and shall be covered within his quoted/negotiated fees and nothing extra shall be payable on this account.

2.9 Carrying out all modifications / deletions / additions / alternations / in design / drawing /

documents as required by Local bodies Authorities / State / NPCC or any handing over of the Project to the client.

2.10 The consultant shall get approval of preliminary estimates / concept / detailed estimate

from NPCC / Govt. of Karnataka / Local bodies / Govt. Authorities / State any other authorities as applicable. The suggestions / modifications etc. shall be incorporated by the consultant and shall get final approval on the DPR from all the concerned authorities.

2.11 Preparation & submission of 3 (three) or more nos. of the tender Documents / tender

Drawings comprising BOQ / estimates, Technical specifications etc. as required by NPCC.

2.12 Preparation & submission of adequate no. of Detailed Design calculations for all the

components of the scheme as per requirement of NPCC in a software of latest version or any other standard software in consultation with NPCC.

2.13 Preparation & submission of Detailed Engineering Drawings, detailed specifications and list of manufacturers for all the equipments to be installed at site.

2.14 All designs / drawings should carry sufficient details and working drawings to enable

NPCC to get the works executed on item rate basis. 2.15 Preparation & submission of models and perspective views of the complete scheme as

per requirement of NPCC / Client. 2.16 The consultant shall prepare and give presentations on the schemes as and when

required by NPCC / Client. 2.17 Preparation & submission of any other item not mentioned above but required for

completion of DPR / for execution of the Project as per requirements. 2.18 Preparation & submission of completion reports, Operation & maintenance manual,

Completion of as built drawings and documents for the project as required and acceptable to NPCC and clients/local bodies/or any other authorities applicable including getting completion certificate from concerned authorities, if required.

2.19 The documents / drawings as stated above shall be submitted in adequate nos. as per

requirements of NPCC / Client in hard as well as soft copies.

Page 15: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 15 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

2.20 Defects Liability periods for this project is 24 months which shall be reckoned from the date of issue of taking over certificate or completion certificate by the Client / Statutory Bodies. The Consultant shall visit the site and provide all the drawings / details for rectification of defects, if any.

2.21 Obtaining approval from any statutory body / local authority / local Govt. Body like

Pollution Control Board etc. as applicable to this project for execution of work or for Designs / drawings of the scheme.

2.22 Identify the availability of equipments to be installed in the building, specification and

prepare tender documents for procurement of these equipment. 3.0 DESIGN CRITERIA 3.1 General and Approach to Work Site

The General Site Particulars are shown in Drawing.

3.2 Benchmarks and Setting out of Works

The Standard Bench mark and its Reduced Level with reference to which the Work shall be carried out is the GTS Benchmark available nearest to the Site. The Employer does not take the responsibility about the Correctness of the Levels indicated in the Drawings. The Associate Consultant has to establish at least ten Benchmarks in the Site of Works with Reduced Levels clearly marked on them. The Associate Consultant shall be solely responsible for the accuracy of the Benchmark Levels and for maintaining the same throughout the Contract Period.

3.3 General Requirements

Design portion, it shall generally fulfill the following Requirements.

a) It shall ensure Soundness of the Structure, its Durability and Aesthetics as a whole in harmony with the surroundings. A Report on the Aesthetic Aspect shall be compulsorily in the Technical Bid.

b) It shall ensure Speedy and Practicable Construction.

c) It shall lead to Appreciable Economy in the Design. d) It shall be accompanied by Detailed Drawings and Detailed Description of

Work and Specification of Materials and Items. If called upon, the Tenderer shall explain his Proposal through Power Point Presentation during Tender Evaluation Stage before Opening of Financial Bid.

e) The Superstructure shall have minimum numbers of Expansion Joints for better Riding Surface.

f) The Tenderer shall note that it is a Requirement for Qualification that the

Flyover warrants that the Structure proposed shall be aesthetically pleasing and easy to maintain considering the Importance of the Flyover Location.

Page 16: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 16 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

3.4 Restrictions on Type of Structures

The following Types of Structural Arrangements shall not be permitted. a) Structures, which require imported material of major quantity for which foreign

exchange will have to be arranged by the Employer.

b) A Design in which Stability of one or more Span is endangered due to the Failure of some other Span or Spans.

c) Concrete Structures with Hinges / Half Joints / Articulations. d) Superstructures with Joints at the tips of long cantilevers with Hinges including

Pendulum type Bearings, Gap Slab, etc

e) Transversely Continuous Wide Deck resting on separate Foundations at Support Locations.

f) Piers in the form of Multiple Columns or "Y" Columns.

g) Minimum Standard Span: Effective Span adopted shall not be less than 18m.

h) Obligatory Span: Minimum Length of Obligatory Span shall be as per the Site Condition and as shown in the Drawing which have to be approved by the Employer.

3.5 Specifications for Design and Codes to be followed

The Design of Structural Components of all the Works shall conform to the Relevant Specifications and Criteria laid down in the following Latest Indian Road Congress Publications with Amendments / Revisions issued upto the Date of Issue of Notice Inviting Tenders. The Hierarchy for the following Codes of Practice is as follows: a. IRC: 5 General Features of Design

IRC: 6 Loads and Stresses

IRC: 15 Constructions of Concrete Roads

IRC: 18 Design Criteria for Pre stressed Concrete Road Bridges (post Tensioned Concrete). This Code will also be applicable to Continuous Structures with pertinent particulars.

IRC: 21 Cement Concrete (Plain and Reinforced). This Code will also be

applicable to Continuous Structures with pertinent particulars. IRC: 22 Composite Constructions (Limit State Design) IRC: 24 (Section V) Steel Road Bridges RC: 35 Road Markings

IRC: 37 Design of Flexible Pavements

IRC: 38 Design of Horizontal Curves for Highways and Design Tables

IRC: 44 Cement Concrete Mix Design for Pavements

Page 17: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 17 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

IRC: 58 Design of Plain Jointed Rigid Pavements for Highways

IRC: 67 Road Signs

IRC: 78 Foundations and Substructure

IRC: 79 Road Delineators IRC:83 (Part I) Metallic Bearings IRC: 83 (part II) Elastomeric Bearings IRC: 83 (Part III) POT, POT cum PTFE, PIN and Metallic Guide Bearings IRC: 86 Geometric Design Standards for Urban Roads in Plains IRC: 92 Design of Interchanges in Urban Roads in Plains.

IRC:SP:23 Vertical Curves for Highways

IRC:SP:42 Road Drainage

IRC:SP:57 Quality Systems for Road Construction IS: 2911 (All Parts) Pile Foundations The Latest Revision of the above Codes shall be followed. b) Any IRC Standard Specifications and Codes of Practice or Criteria for Road Bridges

other than "a" above, but published up to the Last-Date of the Issue of Notice Inviting Tender.

c) For any Item not covered by "a" and "b" above, MoRT&H Specifications for Road and Bridge Works published by Ministry of Surface Transport (Roads Wing), Government of India (Latest Edition).

d) For Items not covered by any of the "a", "b" and "c" above, Standards and Specifications, Provisions of Bureau of Indian Standards (BIS) Codes of Practice.

e) IRC: SP: 33 Guidelines on Supplemental Measures for Design, Detailing and

Durability of important Bridge Structures (if applicable).

f) For Items not covered by any of the above Standards and Specifications, Sound Engineering Practice and Provisions of Relevant Codes of other Nations shall be referred. In this regard, Decision of the Employer shall be final and binding on the Contractor.

3.6 Order of Precedence in case of Conflict

In Case of Conflict between difference parts of Tender Document, the following Order of Precedence shall prevail.

Page 18: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 18 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

1) Design Criteria as specified in Tender Document. 2) Instructions to Tenderers. 3) Special Conditions of Contract. 4) General Conditions of Contract. 5) MoRT&H / IRC Specifications. 6) Codes of Practice.

3.7 Soil Investigation to be carried out by the Contractor

The Contractor shall carryout complete Soil Investigation at his own risk and cost. The Boreholes shall be taken at the Final Locations of each Pier / Abutment, at required Intervals along the Slip Roads and other Surface Level Roads required for Pavement Design and at any other Locations required for the Design of the Works prior to the Commencement of the Work to ascertain the Levels of Rock and its Quality, to obtain SBC at different Depths, Soil Stratification, Ground Water Table, etc. The Termination Level of the Borehole shall be determined by conducting SPT Tests. Three consecutive SPT Tests at an interval of 1.5m each with 'N' values greater than 100 shall be carried out before termination. If rock is encountered, Drilling shall continue upto 3m in rock with Rock Samples taken for Testing. All the Soil/Sub Soil Investigations shall be strictly in accordance with the Relevant Codal Provisions. a) During Execution of the Work, the Samples from the Bore taken at each

Foundation shall be tested and analysed in the Laboratory approved by the Employer for establishing Design Parameters. Tests such as Standard Penetration Test, Compression and Shear Test on Undisturbed Soil Samples, Pressure Meter Test, Crushing Strength of Rock, California Bearing Ratio (CBR) Test, Plate Load Test, etc. shall be carried out in conformity with the MoRT&H Specifications. The Contractor shall submit the entire Data to the Employer along with his own / Laboratory Recommendations and obtain approval to the Design Parameters. Necessary Interpretation of the Result of Tests shall be furnished to the Employer for scrutiny of Design of Foundations.

b) The Cost of these Tests and Interpretation of the Test Results shall be

considered, as incidental to the Main Work and the same shall be included in the Tendered Amount.

c) While checking the Stresses at the Base of Foundations, it shall be ensured

that under the Worst Combination of Forces, no Tension is permitted except when founded on Rock. The Safe Bearing Capacity at the Foundation Level shall be verified during Construction so that to ensure that the Stresses imposed on the Foundation Strata are within Permissible Limits.

3.8 Flyover

The Structural Configuration for the Approach / Viaduct Portion of the proposed four lane divided bi directional Carriageway of the Flyover is shown in Drawing. The Design Criteria and Obligatory Requirements to be adopted for the Tenderer's Proposal are furnished in Clause No. 2.8.2 of this Section. The Viaduct Portion in the Obligatory Span shall not be less than 35m i.e. between Pier Nos. P3 and P4 and shall

Page 19: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 19 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

have a minimum Vertical Clearance of 4.5m between bottom level of Soffit and Road Formation Level. The Work of Construction of Flyover to be carried out under this Contract shall include the following.

a) Construction of Viaduct and Obligatory Portion of the Flyover complete with disposal of Surplus Earth, Wearing Coat over Deck, Crash Barrier with Railing over it, Construction Joint, Expansion Joints between Viaducts, Approach Slab, Protection to Piers, etc. and complete as per Specifications mentioned in the Tender Document.

b) Construction of Reinforced Earth Retaining Walls along with Approach Slabs,

Friction Slabs, Pavement over Earth Filling and Ramp Terminal on either side, Side Drains for the Approaches as per the Requirements, Backfilling with Filter Media, Retaining Walls as per the Requirement, Disposal of Surplus Excavated Earth, Crash Barriers with Railing, Expansion Joints in Retaining Walls, Approach Slabs, etc. as per the Specifications mentioned in the Tender Document.

c) Wearing Coat of the Deck Portion of the Flyover comprises of 12mm thick

Mastic Asphalt and shall be placed before Laying of 40mm Bituminous Concrete (BC) after the Application of Tack Coat.

d) The Pavement of Solid Ramp Portion shall comprise of 500mm thick Sub Grade

(of CBR > 10), 200mm thick Granular Sub Base (GSB), 250mm thick Base (Wet Mix Macadam), 50mm thick Bituminous Macadam (EM) laid over Prime Coat and Tack Coat, 50mm thick Dense Bituminous Macadam (DBM) laid over Tack Coat and 40mm thick BC laid over Tack Coat.

e) Contractor shall dig a Bore Well below the Viaduct Portion of the Flyover and fix

a Submersible Pump of Suitable Capacity at his own Cost, before Commencement of Construction. The Bore Well shall be handed over along with the Pump and Accessories in Working Condition to the Employer on Completion of the Works.

f) Construction and Painting of Kerbs: Providing Over Head Gantry, Traffic Signage’s, Road Marking such as Lane Marking, Direction Marking, etc. as per the Specifications mentioned in this Tender Document.

g) Illumination above and below the Flyover as per the Specifications mentioned in this Tender Document.

3.8.1 Design Data

Design of Flyover shall be based on latest IRC 1 BIS Codes, Special Publications by IRC, relevant and latest Ministry Circulars and Latest Edition of MoRT&H Specification.

Page 20: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 20 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

a) Location The location of the Flyover is given in Key Plan.

b) Road Geometries The Standards for Road Geometries adopted in the Design of the Fly over and Ramps should be essentially based on IRC 92 “Guidelines for the Design of Interchanges in Urban areas” and the Salient features are as follows.

i. Ruling Gradient Maximum allowable Gradient for all Entry and Exit Ramps shall be 5% (1 in 20)

ii. Clearances Minimum Vertical between Road Formation Level and bottom level of Flyover shall be 4.5m

c) Minimum Viaduct Span Minimum Span of Viaduct adopted shall not be less than as indicated in the Drawing and shall be approved by the Employer.

d) Obligatory Span Minimum Span of Viaduct adopted shall not be less than as indicated in the Drawing shall be approved by the Employer.

Further, Length of Obligatory Span has been fixed to minimise the interference of Piers with the Traffic Movement at grade. Obligatory Span as indicated in the Drawing shall be maintained with all other Requirements such as Protection to the Piers, etc .. Further, Extra Widening of Carriageway and Super Elevation at Curve Portion as per IRC: 86 with Design Speed of 50 kmph shall be provided.

3.8.2 Description of Work and Obligatory Provisions for Alternative Proposals

a) Alignment and Location The Alignment, Longitudinal Section and Obligatory Portion are shown in Drawing

b) Layout of Flyover The Layout of Flyover shall satisfy the following criteria as indicated on the enclosed Drawings and Supplementary Data. i. Minimum Vertical and Horizontal Clearance in the Obligatory Span

Location. ii) Minimum Length to be covered by Open Spans as required from Consideration of Aesthetics and from Visibility for Low Level Traffic. iii). Ruling Gradient.

Page 21: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 21 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

iv. Minimum Length of Summit Curve as 42.00m and Valley Curve as 42.00m shall be adhered to.

v. Any other Criteria as shown on the Drawings.

c) Road Level on the Flyover and Roadway Particulars

i. The proposed Road Particulars and Carriageway Width shall be as per Drawing.

ii. The Vertical Profile of the Finished Surface of Deck Slab and Wearing Course

shall be in the form of a smooth curve where change in Gradient occurs. The Design of Curves (Vertical 1 Horizontal) shall be approved by the Employer. The Design Speed shall be 50 km 1 hr. Super Elevation, Camber and Widening on Curves shall be suitably considered.

3.8.3 Design Loads

a) Live Loads The Flyover shall be designed as per IRC: 6 (Latest Edition).'

b) Wind Forces Wind Forces shall be considered as per IRC: 6 (Latest Edition). The Appropriate Wind Force on 10m high Lighting Pole @ 30 m c 1 c shall be considered in the Design.

c) Seismic Force The Flyover shall be designed for Appropriate Seismic Forces as per the Provisions of IRC: 6 (Latest Edition). d) Earth Pressure

i. The Soil Properties for Embankment shall be in accordance with MoRT&H Specification. The Properties of Embankment like Dry Density of Soil 1.85 t 1 cum; Saturated Density 2.00 t 1 cum.; cI> = 300 and C = 0 shall be considered for Tendering Purpose. At the time of preparation of Final Design, Soil Parameters will be considered based on the Test Results of the Approved Material.

ii. Saturated Density of the Backfill (minimum 2 t / cum.) shall be considered for calculating Active Earth Pressure for Tendering Purposes.

e) Temperature Range

i. For Design of Structure to account for Temperature in Formula, (DL) = aLt The value of "t" shall be ± 17 degree Centigrade. Where a = Coefficient of Expansion or Contraction

L = Length of the Member

Page 22: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 22 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

(DL) = Expansion / Contraction due to Temperature Variation in appropriate Units.

ii) The Superstructure shall also be designed for Effects of Distribution of Temperature across the Deck Depth. For Calculation of Thermal Forces Effect of 'E' Value of Concrete shall be taken as 50% of the Instantaneous Value so that to account for Effects of Creep on Thermal Strains.

3.8.4 Durability

a) Minimum Grade of Concrete shall be as below. PCC for Leveling Course M15 RCC for Open Foundation, Sub Structure and Super Structure M30 RCC for Pile and Pile Cap M35 PSC M35

b) Minimum Cement Content, Diameter of Bar and Cover Requirements For Plain Cement Concrete (PCC), Reinforced Cement Concrete (RCC) and pre Stressed Concrete (PSC), the Value given below regarding Minimum Cement Content. Content and Maximum Water Cement Ratio shall be followed.

Plain Concrete

RCC / PSC

Minimum Cement Content Kg I cum.

Maximum Water Cement Ratio

Minimum Cement Content Kg I cum.

Maximum Water Cement

Ratio 360 0.45 380/400 0.45 / 0.40

c) The Minimum Nominal Diameter of Reinforcement shall be 8mm. d) The Minimum Clear Cover to Reinforcement for all Grades of Concrete shall be as below.

Structural Element Clear Cover Slab 40mmWeb I Column 40mmFooting I Raft Slab . 75mm Cable Duct 75mmPile Foundation 75mm 3.8.5 Foundation

a) General The Piles shall be bored Cast - in - Situ type and socketed into rock. The Construction of Pile Foundation shall conform to relevant Specifications of IS: 2911 unless specified otherwise in the Documents.

Page 23: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 23 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

b) Quality of Pile Concrete, Pile Caps, etc. The Grade of Concrete for the Pile shall be minimum M35. The Cement Content for Piling Work shall be minimum 400 kg I m3 with Ordinary Portland Cement.

Grading and other Requirements of Coarse and Fine Aggregates, Water and Concrete shall be as specified for Concrete Works in the Contract Document.

c) Length I Dia of Pile The Piles are essentially End Bearing and shall be socketed into the Hard Strata at least to a Depth as recommended in IRC: 78 (Latest Edition). The Presence of Hard Strata shall be established by conducting SPT Tests in the Pile Bore. These Tests shall be conducted in every Pile and no Extra shall be paid on- this account. On ascertaining the Hard Strata through SPT, further Chiseling shall be done for Socketing. The Number of Drops of a given Chisel Falling at a constant fall for a specific depth of penetration shall be noted and these Chiseling Criteria (in terms of number of drops) shall be used to ascertain Hard Strata in the surrounding bores. The Contractor shall submit the Design Calculation for Pile Load Capacity to the Employer on the basis of the Results of Initial Load Test on Piles. The Test Pile shall be installed as directed by the Employer.

Temporary Metal Casings with thickness not less than 5mm shall be used to support the unstable sides from the top of the Borehole to the Soft Rock Level.

Minimum Length of the Embedment: A minimum depth of embedment of 9m (including Socket Length) in Soil shall be maintained where the Pile cannot be driven any further. However, the Termination Level of the Pile shall be as per Specific Instructions of the Employer or his approved Representative. In the event of presence of Rock or very Hard Strata at a shallow depth, the Contractor shall be advised by the Employer regarding the Termination Level and the same shall be in conformity with the Codal Provisions.

Pile Diameters: Piles of minimum 1000 mm dia or above shall be used for the Flyover.

i) Boring , Boring Equipment and Accessories shall generally conform to IS: 2911 (part I / Section 2). Boring may be done by either Rotary or Percussion Equipment. In case of Unstable Soils, the Boring Tools used shall be such that Suction Efforts are minimised. Stabilization of the Sides of the Boreholes shall be done by the use of Bentonite Slurry or Casing. The Size of Cutting Tool shall not be less than the Diameter of the Pile by more than 75 mm.

ii) Drilling Mud The Drilling Mud shall be used at least from the Level of Subsoil Water or from the Level of Bottom of Guide Casing depending upon the Site Conditions and the Hole shall then be always kept almost full with the suspension, which shall preferably be kept in motion. The Density and Composition of the Suspension shall be such that to suit the Requirements of the Ground Condition and to maintain the Fine Materials from the Boring in Suspension. A 5% Bentonite Suspension would be generally suitable and its quality shall conform to the Specification given in Appendix A of IS: 2911 (part I / Section 2).

Page 24: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 24 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

iii) Cleaning of Borehole Bottom The Bottom of the Hole shall be cleaned very carefully before Concreting Work is taken up. The Cleaning of the Hole shall be ensured by careful operation either by Flushing with the Fresh Drilling Mud through the bottom of the hole or by Air Lifting Process. To lift the Spoil at Founding Level before Concreting, Borehole shall be agitated by jetting with Fresh Drilling Mud with relatively higher pressure than that used during Boring or Air through Tremie Pipe. While boring by use of Drilling Mud, the Specific Gravity of the Mud Suspension in the vicinity of the bottom of Borehole shall be determined at Suitable Interval and Record. Consistency of the Drilling Mud Suspension shall be controlled throughout the Boring and during Concreting Operation, in order to keep the Hole stabilised as well as to avoid Settlement of the Mud.

d) Founding Level for Piers / Abutments The Technical Proposal/GAD shall indicate Founding Level at each Pier / Abutment Location. The Turn Key Lump Sum offer shall include for possibility of Cost of Variation, if any, between the Actual Founding Level and the Founding Level considered for the Purpose of Bidding. No Extra Payment shall be made in this regard after Finalisation of the Turn Key Lump Sum Contract Price.

e) Ramp / Retaining Walls The Solid Ramp Portion of the Flyover shall be constructed with Reinforced Earth Retaining Structure or RC Retaining Wall designed aesthetically. The Abutments and Returns shall be designed for Live Load Surcharge equivalent to Earth Fill of 1.2 m height respectively. The Minimum Density of Filling for Calculations of Surcharge Press shall be 2t/cum. The Surcharge Effect shall be considered for the Purpose of Evaluating Earth Pressure and not for Vertical Loads.

f) Open Foundation

Open Foundation is not permitted considering the Time for Execution, Importance from Traffic Point of View and Location of the Flyover.

g) Pile Foundation i. Only Bored Cast in Situ Piles will be accepted. ii. The Pile Foundations shall be designed as per the Requirements of IS:2911

(part-I/ Section 2) (Latest Edition).

iii. The Contractor shall carry out the Initial Pile Load Test at his own expense. The Design Capacity assumed for the Piles shall be verified by the Initial Load Testing of test Piles in non working areas, in the vicinity of the Flyover Site. These Piles shall b e 2.5 times the Design Load. Additional two Piles for each diameter, which area going to be used for Piers and Abutments, shall be tested for 1.5 times the Design load. Minimum Number of both these Tests to be carried out for each Diameter of Pile shall be two each.

iv. Annular Piles filled or unfilled shall not be accepted. v. Design with Single Row of Piles shall not be accepted.

Page 25: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 25 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

vi. Design shall ensure that no Pile is subjected to Tension. vii. Concreting shall be done, by Tremie Method after ensuring proper Tip Zone cleaning by Flushing only.

viii. The Top of Concrete in Pile shall be brought above the cut off level by minimum 750mm to permit removal of all Laitance and Weak Concrete before Pile Cap is laid.

3.8.6 Substructure

a) Dimensions i. Dimension of any Element of Sub Structure shall not be less than 300mm. ii. All RCC Piers shall be of Solid Type. iii. The Height of Pedestals on Pier Cap supporting Bearings shall not be more than 300mm.

b) Protection to Pier For the Piers located in the Crossing of Low Level Roads, Protective Island of a minimum height of 1.2m and having a Clear Distance of 750mm from the Face of Pier shall be provided. The Gap between the Pier and the Island Wall shall be filled with Sand. Suitably Designed and Aesthetically Pleasing Fencing made out of steel Members and painted with Protective Paint shall be fitted on the Top of Wall of the Island. The Island Wall shall be of Reinforced Concrete of M30 Grade having a thickness of 250mm and buried below adjacent Ground Level by 750mm.

c) Layout and Design i. All Bearings shall preferably be supported directly on Pier Stem. Bearings resting

on Overhangs are acceptable provided the Differential Deflection of Pier Cap is accounted for in the Transverse Analysis of Superstructure.

ii) Dead Man Anchors or Friction Slabs shall not be accepted behind Abutment for relieving Moments.

iii) Scope for Accessibility for Inspection of Bearings and Arrangement for Lifting of the Superstructure for Future Replacement of Bearings shall be provided for in the Design of Sub Structure and Superstructure. The Positions of Flat Jacks shall be distinctly marked on the Drawing and the Structure.

iv) Tall Piers shall be checked for Deflection under Horizontal and Eccentric Forces.

Pier, Bearings and Expansion Joints shall be suitably designed.

3.8.7 Superstructure a. Deck Slab

Deck Slab Thickness not be less than 200mm.

Page 26: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 26 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

b) Box Girders i) For Pre Stressed Concrete Structure where Cables pass through Webs,

minimum Web Thickness shall be greater of 150mm + outer dia of Duct or 250mm, whichever is greater.

ii) The Cross Diaphragms shall be minimum, one number at each Support and at

ends of Cantilever, if any. In addition to Abrupt Change in Soffit Geometry, Stiffening Frame or Diaphragm shall be provided to cater for Forces arising out of Change in Direction.

iii. Minimum Thickness of Diaphragms at Supports shall be 500mm and those of

other Locations shall be 300mm.

c) RCC Box

The following Method of Analyses and Design of Box Girder are acceptable.

i. Calculate the Main Girder Moments, Shear Forces and Tensional Moments as for a Single Beam for all Loading Conditions.

ii. Also add to above, the Forces due to the Restraint of Warping Torsion at the Ends.

iii. In addition, calculate the Bending Moments in the Roadway Slab considering the Slab, the web and Soffit Slab as a Closed Frame.

iv. Reinforcement in the Slabs and Webs due to the Transverse Moments must be

provided in addition to the Steel, which is required for Shear or Torsion in the Box as a Main Girder.

v. Distortion of Box Girder due to Transverse Moment can be neglected if a minimum number of Diaphragms are provided.

vi. In the absence of Rigorous Analysis (A) for the Tensional Moment (B) for Forces

due to Restraints of Warping Torsion at ends, the Design Live Load Moments and Shear Force in e Longitudinal Direction shall be increased by 20% and Transverse Reinforcement Steel be increased by 5%.

d) Prestressed Concrete Box

i. M1inimum Untensioned Reinforcement as per Clause 15 of IRC: 18 (Latest Edition). The Spacing of the Bars shall not exceed 200 mm c / c. The minimum Diameter of Bars to be used is 10mm.

ii. Method of Analysis and Design of Box Girder shall be the same as detailed for RCC Box Girder.

ii. No Tension under Full Permanent Design Load.

Page 27: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 27 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

e) Prestressing Steel

1. The Prestressing Cables to be used shall be made using Low Relaxation HT

Strands of size 12.7mm / 15.2mm conforming to IS: 14268.

ii) All Pre-stressed Members shall have Spare Cables laid to the Profiles approved by the Employer. The number of Spare Cables shall be at least 5% of the Cables required as per the Design, subject to a minimum of one Cable per Girder / Web. These Cables shall be permitted to be removed fully or partly after the Final Stage of Pre Stressing, if they are not required and Holes grouted.

iii. The Maximum Permissible Jacking Force shall not exceed 90% of 0.1 % Proof Stress. 0.1 % Proof Stress shall be taken as 85% of Minimum Ultimate. Tensile Strength(UTS)

iv. Arrangement for External Pre Stressing shall be got approved from the

Employer.

f) Prestressed Concrete Girder and Slab

Concrete Girder and Slab type Superstructure shall satisfy the following Stipulation. i. Minimum Thickness of Slab shall be 200mm. ii. Minimum Thickness of Web shall be 250mm. iii. Where Prestressing Cables pass through Webs, the Thickness shall be 5aIIle as that stipulated for Webs of Box Girder. iv) For Prestressed Girders, the Criteria stipulated in 2.8.7 will be applicable.

g) Precast Girders

i. For Ease and Speed of Construction, it is recommended that Precast Concrete Superstructure may be adopted. While designing such Elements / Structure, Aspects of Durability and Minimum Maintenance shall be kept in view. Criteria of Minimum Dimensions as per 2.8.7 shall be applicable.

ii) Precast Panel Slab Deck / Girders and Cast - in - Situ Slab Construction shall be designed as Composite Construction.

iii) Cross Prestressing in Superstructure shall not be allowed in general. However, the Nominal Prestress provided to the extent of keeping various Girders together will be allowed.

iv) In Pre Cast Construction, the Performance of Joints is especially Critical for the

Integrity of a Structural System. The Geometric Configuration of a Joint, in addition to the Selection of an Appropriate Interface Material contributes to the proper Short Term and Long Term Performance of the Structure. The Design of Joints shall allow for Movement’s due to Shrinkage, Thermal Effects and Possible Differential Settlements.

v) Proper Lifting Arrangements shall be arranged by the Contractor for handling

the Pre Cast Unit. The Components shall be designed for Lifting and Erection of Loads and Stresses. Lifting and Handling Positions shall be clearly defined

Page 28: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 28 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

particularly at Critical Locations. Indelible Identity, Location and Orientation Marks shall be put on all Segments as and when necessary.

h) Precast Segment

In order to achieve Better Speed of Construction, Pre Cast Segmental type Construction may be adopted for Superstructure. Following Aspects shall be taken into account while Designing and Constructing using the following Techniques.

i. Requirements regarding Minimum Dimensions, Reinforcements, Prestress, etc.

shall be as per 2.8.7.

ii) For Construction with Continuous Spans, the Portion over Piers, the Key Segments and End Segments at Expansion Joints may be Cast - in - Situ. All other Segments shall be Pre Cast. For Simply Supported Spans, all the Segments shall preferably be Pre Cast.

iii) All the Segments shall be match - cast.

iv) The Shear Keys at the Face of Segments shall be as under.

• On each Web, Single Key or Multiple Keys shall be provided. These keys

shall be designed to transmit Shear Forces.

• On the Top and Bottom Slabs, Keys shall be provided to maintain Alignment and Level.

v) Formwork shall be Robust and the Foundations of the Casting and Stacking Yard shall be designed to safely support all Applied Loads without Undesired Deformations or Settlements.

vi) In order to achieve Smooth Profile of Pre Stressing Cables and to prevent Entry

of Cement Slurry at the Joints of Matching Segments, PVC Pipe shall be inserted through the Cable Duct of both the Segments (i.e. Matching Segment and Segment being cast) at the time of concreting.

vii) The Work shall be executed by specially Experienced Team of Pre Stressing

Professionals.

viii) Bond Breaking Agents shall be used while casting the Segments so that the Segments can be easily separated after casting. Scheme for Pre Casting of Segments shall be approved by the Employer.

ix) The Joints between Adjacent Segments shall be treated with appropriate Epoxy

Formulation to facilitate Erection and to fill Cavities, if any. While applying Epoxy, care shall be taken to see that the Epoxy does not block the Openings of the Cable Ducts. Epoxy shall be applied on the Interface of both the Segments and the Joint subject to a minimum Pressure of 2.0 Kg / Sqcm for a period of 24 hours till the Epoxy sets. This may be achieved by Temporary Pre Stress or any other Means. Permanent Cables shall then be introduced in the Ducts and after Pre stressing the required No. of Cables in the Specified Sequence, the Temporary Prestress may be released.

Page 29: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 29 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

x) The Method of Erection of Segments shall be such that the Desired Geometric

Profile of the Loop Deck is obtained.

xi) The Segments shall be checked for Stresses during Handling and Erection and Necessary Calculations shall be submitted for the Employer's Approval.

xii) External Pre Stressing Cable System is allowed for Segmental Pre Cast

Superstructure. xiii) Calculation for Segment Casting Dimensions shall be submitted for the

Employer's Approval taking into account the Effect of Creep and Shrinkage. xiv) Reference may be made to the Document "Guides to Good Practice

Recommendations for Segmental Construction in Prestressed Concrete" published by FIP and 'State of the Art Report on Materials and Systems for External Prestressing".

NOTE: The Tenderer may submit his Alternative with Composite Structure. The Composite Section shall be limited to Superstructure only with Girders in Steel and RCC Deck Slab.

3.8.8 Bearings below Superstructure

Bearings under Superstructure shall be within the External Line of the Pier / Abutment. The Bearings shall be provided below the Diaphragm at Suitable Locations. a. The Types of Bearings generally allowed are as follows.

Span Type of bearings

For Effective Spans up to 18m Elastomeric Bearings

For Effective Spans more than 18m POT cum PTFE / POT

b) The Bearings shall be easily accessible for Inspection / Maintenance.

c) Scope for Lifting the Superstructure for future replacement of Bearings shall be

provided in the Design of Bearing. The Scheme of Lifting shall be indicated in the Drawing to be submitted along with the Technical Bid.

d) Inspection of Bearings by the Director General of Supplies and Disposal (DGSD)

during manufacture is essential. The Contractor shall have to produce Necessary Certificate and Inspection Marks from the DGSD at his own Cost.

e) The Bearings shall conform to the Requirements of the MoRT&H Specifications.

f) The Dimensions of the Top Plate of the Bearing shall be such that the Contact Surface of the Superstructure projects beyond the Edge of Bearing Plate by a minimum distance of 50mm at any location.

3.8.9 Expansion Joint

Page 30: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 30 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Elastomeric Strip Seal Type Expansion Joint conforming to Clause 2607 of MoRT&H Specifications shall only be allowed. Calculations for the Adequacy of the Expansion. Extent for which the Joint is selected by the Tenderer shall be submitted in the Technical! Bid along with Name of Manufacturer and their Technical Details. During Installation of these Joints, Manufacturer's Engineer shall be required to supervise the same including Thermal pre setting, if required.

3.8.10 Crash Barrier Concrete Crash Barrier shall conform to Clause 809 of MoRT&H Specifications. The Tenderer may propose Alternate Type of Crash Barrier in the Technical Bid. It will be necessary ro provide a 50mm dia GI Tube Hand Rail 300mm above the Crash Barrier and supported at Suitable Intervals. No Welding shall be done for Connections. Crash Barriers shall be provided with Employer's Emblem as per the Approval of the Employer.

3.8.11 Drainage Drainage of Storm Water collected on the Flyover and at Slip Roads and other Surface Level Roads are essentially based on IRC: SP: 42 - 1994 "Guidelines on Road Drainage" IRC: SP: 50 - 1999 "Guidelines on Urban Drainage"

The Drainage Spouts shall conform to Clause 2705 of MoRT&H Specifications. The Tenderer shall indicate the Drainage Spouts and the Existing Road Drains in the Drawings submitted with the Technical Bid.

The Drainage Spouts shall be connected to a Cast Iron Runner Pipe of diameter not less than 150mm and taken down by Down Take Pipes of suitable diameter through the Pier or at Approved Locations. These Pipes shall be connected to Longitudinal Drains below Surface and the Water finally being disposed off into natural Storm Water Drain using appropriately designed RCC Box Culverts for Crossings.

At Ground Level, Catch Water Drain with MS Gratings at Top shall be provided at each end of the Flyover. RCC Box Type Drains (Shoulder and Tertiary) shall be provided below the Footpath. Pre Cast RCC Slabs shall be placed over the Drains to serve as Footpath. Drainage of Water collected at the Deck Level shall be effectively conveyed to Tertiary Drains at Ground Level through Appropriate Box Culverts across Surface Level Roads. The Drains shall be connected to the nearest natural Storm water Drain. The Turn Key Lump Sum Cost shall include for all these Items.

The Tenderer shall submit a Separate Drainage Drawing along with his Tender. The entire System including all Arrangements / Details shall be included in the Cost.

3.8.12 Wearing Coat A Bituminous Wearing Coat of Uniform Thickness shall be provided for Smooth Riding Surface and shall conform to Clause 2702.1 of MoRT&H Standard Specifications for Road and Bridge Works (Latest Edition). The Cross Sections indicated in the Drawing shall be strictly adhered to.

Page 31: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 31 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

3.8.13 Approach Slab The Approach Slab shall confirm to Clause 2704 of MoRT&H Standared Specification for Road and Bridge works (Latest edition.)

3.8.14 Electrical Works The Tenderer shall include the Cost of Lighting above and below the Flyover, at Junction, along Slip Roads and other surface Level Roads, along Footpath in his Turn Key Lump Sum Tender and shall carry out all the Electrical Works as per relevant Codal Provision. The Tenderer shall indicate the proposed Lighting Arrangements as per relevant IS Codes and the existing Street Lights in the drawings submitted with the Technical Bid. The Lamination shall be average of 40 lux throughout on the Flyover, along Slip Roads and other Surface Level Roads, Footpath.

3.8.15 Painting Painting with Approved Colour Shade, Make and Type shall be provided for various Elements as follows. i Loops and RE panels/Retaining wall inside the Box

provided for Pedestrian Movement Anti Carbonate Painting as per Specification

ii Kerbs for Medians, Footpath etc., and Guard Railings, Grills and other MS Items, wherever required

Two Coats of approved Enamel Paint over Two Coats of Zinc Phosphate Grey Primer

iii MS Hand Rails over crash barrier Two Coats of Epoxy Paint over a Compatible Primer after Cleaning the Surface with Sand Blasting

3.8.16 Integrity Test

Low strain Integrity Test shall be carried out for all the Piles in conformation to ASTM D 5882 from an Empanelled Consultant in the Ministry of Shipping, Road, Transport & Highways. The Tenderer shall include the Cost of Conducting this Test in his Turn Key Lump Sum Tender.

3.8.17 Load Test a) In Case a Structure or a Component of Structure proposed by the Contractor in the

opinion of the Employer is of Unusual Nature, then the Employer shall have the Right to call upon the Contractor to carry out Model Testing and / or Load Testing of the Structure or Component to prove its Suitability. The Cost of such Test shall be borne equally by the Contractor and the Employer if the Test Results are Satisfactory. In case the Test Results are not satisfactory, the Cost of Testing shall be entirely borne by the Contractor.

b) If required by the Employer, the Contractor shall have to carry out a Load Test on anyone Unit of the Bridge Structure for the Design Static Loads or their equivalent and in a manner as may be decided by the Employer.

Page 32: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 32 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

c) The Employer may also instruct that a Load Test shall be made on any part of the Bridge Structure if in his opinion such a Test be deemed necessary for anyone or more of the Reasons specified below.

i) The Work Test Cubes failing to attain the Specified Strength. ii) Shuttering being prematurely removed. viii) Concrete being improperly cured.

ix) Any other Circumstance(s) attributable to the Negligence on the part of the Contractor which in the Opinion of the Employer results in the Structure or part thereof being of less than the expected Strength.

v) Any Reasons in case of Doubtful Quality or Soundness of Structure.

d) If the Load Test is to be made

i. F

or anyone or more Reasons mentioned in (b) above, the Cost of the same shall be Reimbursable to the Contractor at the rate tendered by him, provided the Test Results thereof are found to be Satisfactory.

ii) Wholly or partly for the Reasons given in (c) above, the Test shall be carried out by the Contractor, at no extra Cost to the Employer.

e) In the Event of Load Testing being ordered by the Employer, the Contractor shall

i) Prepare well in time all Necessary Calculations and Details of Arrangements for

such Load Testing, e.g. the Magnitude of the Test Load, Mode and Method of Carrying out the Test, the Application of Loads, Duration of Keeping the Load, the Equipments to be provided and Observations to be made during and after Placing the Loads in Position, etc.

ii) Make all Necessary Arrangements for Observations, Centering, Equipments, etc.

that may be needed for Measuring the Settlement, Deflections, etc. required for the Test, to the entire Satisfaction of the Employer and

iii) Provide Labour and make all Observations during the Test.

f) After the Test, the Contractor shall submit a Report on the Results of the Tests. The Employer shall then communicate as to whether the Test has been satisfactory or not. Any Further Tests or Reconstruction or Strengthening as may be necessary shall be decided.

g) Any Defect noticed in the Structure or any Damage done to the Bridge, at the Time of Testing, which affects or is likely to affect the Strength of the Bridge, shall be rectified by the Contractor at his own Cost by Remedial Measures or Replacement as approved by the Employer.

Page 33: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 33 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

h) When the Tests are declared by the Employer as having been completed, the

Contractor shall remove all Loading, which might still be on the Bridge as well as on the surroundings.

1) Only Design Load is to be superimposed for Prestressed Concrete Superstructure.

IRC: SP: 37 shall be followed for Load Testing. Necessary Correction for Variation in Deflection due to Temperature Variation throughout the day shall be applied.

3.9 Slip Roads, other Surface Level Roads and Junction Improvements The Work of Slip Roads, other Roads at GTade and Junction Improvements to be carried out under this Contract is indicated in Drawing and shall include the following.

a) Construction of new Slip Roads, Widening and Resurfacing of Existing Roads; Dismantling of Existing Structures coming on the Carriageway such as Compound, Drains, Footpaths, Kerbs, Medians, Parapet Walls; Construction of new Culverts I Bridges; Remodelling of Storm Water Drain in the Widened Portion; Widening I Extending of Existing Culverts I Bridges; Construction of Retaining Wall etc. The following Standards and Specifications shall be adopted for the Service Roads.

• Slip Roads beyond the Lengths of the Flyover Ramps are to be merged with

Existing Roads through a Taper I Transition of 1 in 30.

• Slip Roads, Surface Level Roads in the Battery Limits; Road Portion below the Flyover, adjacent to the Flyover and adjacent to RE W all Retaining Wall portion shall comprise of 500mm thick Sub Grade (of CBR > 10), 300mm thick Sub Base (GSB), 250mm thick Base (WMM), 50mm thick BM, 50mm thick DBM and 40mm thick BC.

b) Construction of Cement Concrete Footpath of M20 Grade, Medians, Islands, Kerbs, Railing on Footpath including Construction of Compound, Storm Water Drains, Drain Cover Slabs, Traffic Signage’s, Overhead Gantry, Road Marking such as Lane Marking, Pedestrian Marketing, Direction, Marking, STOP and STOP Lines, Kerb Painting, etc. as per specification mentioned in this tender document.

c) Dismantling and Reconstruction of Compound, Gates, Grills, etc.

3.10 Construction of Storm Water Drain (SWD) and Storm Water Drain Culverts The Turn Key, Lump Sum, Fixed Price, No Variation, Tender based on Tenderer's Own Design shall also include the Construction of Storm Water Drain and Storm Water Drain Culverts by dismantling the Existing Drain Structures. The Details of the SWD and the SWD Culverts to be constructed are as follows and as indicated in the Drawing. • Length of SWD on Southern Side 225 meter • Culvert across SWD about 42 (L) x 4 (w) meter Existing 25(L) x 8 (w) meter

The Design shall be as per the Hydraulic Requirements and the Relevant IRC Codes shall be referred for the Structural Design. The Drainage shall be of RCC,

Page 34: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 34 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Bottom Slab, Side Wall and Cover Slab. The Contractor shall carry out the required Studies such as Topographical Survey, Hydraulic Study, Soil Investigation, etc. The Contractor shall submit the Designs, Drawings for approval of the Employer and shall execute the Work as per the approved Designs and drawings.

3.11 Resurfacing I Reconstruction of Surface Level Roads and Providing New

Drainage System

The Tenderer shall include the Cost of Resurfacing I Overlays of all Roads and New Drainage system in the Site handed over to him.

3.12 Traffic Signs, Markings and other Road Appurtenances Traffic Signs, Markings and other Road Appurtenances shall conform to Clause 800 of the of the MORT&H Specifications for Road and Bridge Works (Latest Edition) and shall be shown in the Drawings submitted with the Technical Bid.

3.13 Signage Signage Board shall be provided as L Shape Cantilever Structure of height 4.5m with Single Pole Tubular Structure with Approved Foundation Design. The Board Size shall be 1.5m X 4m made of 2mm Aluminum Sheet and 3m Micro Prismatic Type IX Diamond Grade Retro Reflective Sheet as per ASTM Specification with Back Support Frames clamped with Nuts and Bolts.

3.14 Documentation, Instrumentation, etc. a) All Drawings shall be made in Latest Version of AutoCAD and the Soft Copies on

CDs and ten Hard Copies of Prints of all Approved Drawings and "As Built" Drawings shall be supplied by the Contractor to the Employer at Free of Cost as per the Agreed Programme.

b) CDs and ten Hard Copies of all Approved Design Calculations shall be submitted by the Contractor to the Employer at Free of Cost as per Agreed Programme.

c) Five Video CDs of 180 minutes duration each of the Elements covering the different

Phases of Construction from Start to Finish shall be supplied by the Contractor to the employer at Free of Cost.

d) Three Copies of "Maintenance Manual" describing Access Arrangements. Important Obligatory Precautions from the Point of View of Structural Safety and Procedure for Minor and Major Repairs of each Component of the Elements, Renewals of Finishes and Treatments periodically including Guarantee I Warranty Certificates shall be supplied by the Contractor the Employer at Free of Cost.

e) Three Copies of "Quality Assurance Manual" covering Designs and Drawings, Mix

Designs, Materials, Testing, Soil and Rock Properties, Statistical Quality Control, etc shall be prepared by the Contractor and submitted to the Employer at Free of Cost well before starting the Work.

f) Three Copies of "Safety Manual" covering necessary Safety and Precautions to be

adopted by the Contractor as per Requirements and as per Standards during execution of the work.

Page 35: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 35 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

g) Three Copies of "Construction Manual" covering Various Aspects of Construction

Methods, Difficulties faced and how they are overcome during Execution, etc. shall be supplied by the Contractor to the Employer at Free of Cost at the Time of Finalisation of Work.

h) The Contractor shall install Fixtures and Fastenings provided by the Employer for housing any Instrumentation that may be useful for the Employer at Contractor's Cost.

i) Fixing Arrangement for Internal and External Lighting shall be approved by the Employer and executed by the Contractor.

3.15 Programme of Submission and Approval of Designs and Drawings: Programme for submission of Designs and Drawings is as listed out below incase of work has been awarded to NPCC by the Clint.

Details Time from Award of Work Award of Work 0 Submission of Topographic Survey Drawing along with the 4 Weeks Report, Hydraulic Study Report Horizontal and Vertical Geometries, GAD and Construction 5 Weeks Schedule Traffic Diversion Schemes I Traffic Management Schemes 5 Weeks Quality Assurance Manual, Safety Inception Report and Detailed Design Parameters 7 Weeks Design and Construction Drawings of all Foundations and 10 Weeks whole Structure Design and Construction Drawing of all Piers and 15 Weeks Design and Construction Drawing of all Superstructures 17 Weeks Design and Construction Drawing of Balance Items of Work 20 Weeks Submission of As Built Drawings, Video CD, Maintenance 4 Weeks after Completion of Manual Work

The Total Period available for Submission of all Detailed Design and Drawings from the Date of Award of Work is 20 Weeks, which will be submitted in accordance with the Approved Construction Schedule.

The Design shall be submitted in Sufficient Details and as lucidly as possible so that to enable Quick Proof Checking by the Employer or his approved Representative. All the Design Calculations along with Corresponding Construction Drawings marked as "Good for Construction" will be submitted. The Corrected Designs are to be submitted as Record Designs within 15 Days of Approval of the Drawings. If the Record Designs are not submitted within this Time Frame then a Penalty at the rate of Rs. 10000/- per day shall be charged for every day of Delay in Submission of the Record Designs. The Corrected Designs and Drawings would be cleared within 3 weeks of submission subject to Compliance of all Points. Any other Component, which requires Redesigning on Account of Exigencies of the Site like Redesigning the Foundations for Utilities, etc.

Page 36: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 36 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

during the Duration of the Works, shall be approved as expeditiously as possible. Such Designs shall be submitted within 10 days of taking a Decision to redesign the Component. Analysis and Design shall be done using Computer with Recognized Software. The Contractor shall submit with Design, the Detailed Description of Method of Analysis with Explanatory Notes and submit Sample Manual Calculations for adequate number of Typical Cases. The Computer Programme as submitted will be further tested by Comparison with Solutions of Worked Examples. Drawings and Designs shall be in SI Units. Calculations shall be neat and clear, preferably typed and printed and supplemented by Full Explanatory Notes and Sketches wherever required. All Construction Drawings of Initial Submissions and Final Approval shall be in AutoCAD only.

If during the scrutiny of Detailed Design Calculations and Working Drawings, any Changes therein which are found necessary in the Opinion of the Employer, the same shall be incorporated without altering the Turn Key Lump Sum Quotations. It is entirely the Responsibility of the Consultant to submit properly Prepared and Completed Designs in good time to enable the Employer to approve them in time.

The Consultant shall submit 2 sets of Advance Copies of the Drawings and Design Calculations to the Employer or his approved Representative with a Forwarding Letter to the Employer. Once the Design and Drawings have been finalized by the Employer, the Consultant shall forward eight sets of Drawings incorporating Corrections, if any, for the Final Approval.

After Completion of each Stage of Work, 3 Sets of Record Plans and One Set of Final Design Calculations based on the Work as actually executed on Site shall be supplied by the Consultant in Bound Volumes to the Employer.

Approval to Drawings, Designs and Design Calculations by the Employer shall not in any way relieve the Consultant of his Responsibility for the Correctness, Soundness and Structural Stability and Safety of the Structure.

The Approved Drawings and the Design Calculations of the Elements shall be the property of the Employer.

The Consultant shall compulsorily attend all the Review Meetings conducted by the Employer from time to time without any extra cost and shall also remain present as and when required during the Checking of Designs for Clarifications, if required.

             

Page 37: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 37 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

SECTION-IV

4.0 OTHER TERMS AND CONDITIONS:-

4.1 The consultant shall furnish a Performance Guarantee on the Proforma of NPCC Ltd. From a Nationalized / Scheduled Bank to the extent of 10% of the value of total consultancy fees of consultant within 10-days of the issue of Letter of Intent. The Bank Guarantee shall remain valid till defect liability of the Project plus claim period of 6 months.

4.2 5% of the fee payable to the consultant shall be retained from the running bills as

“Retention Money”, in addition to the performance guarantee and the same shall be released to the consultant after defects liability of the project on completion and handing over of work to clients by NPCC. The retention money thus recovered till completion of project/final bill shall be released against submission of a bank guarantee of equivalent amount from nationalized bank.

4.3 The Consultant undertakes to design, redesign, modify and make changes in the

designs, drawings, details etc. till they are finally approved by clients and as required for execution, defect liability period and handing over of the project to clients, as stipulated in the scope of work within the quoted/negotiated consultancy fees.

4.4 If at any time after start of work, the client decides to abandon or reduce the scope of work for any reason whatsoever and hence not required the whole or any part of the work to be carried out, NPCC shall give notice in writing to this effect to the Consultant and the consultant shall have no claim for any payment of compensation, or otherwise whatsoever, on account of any profit or advance which he might have derived from the execution of works in full but which he did not derive in consequence of the foreclosure of the whole or part of the work.

4.5 NPCC is acting as an Implementing Agency / Project management Consultant on

behalf of Govt. of Karnataka. Hence any payment towards any claim of the consultant if not considered / paid by the above authorities shall not be paid to the consultant.

4.6 The Consultant shall supply free of charge to the NPCC, the adequate no. of following

documents:-

i) Detail Project reports with colored drawings.

ii) All the Drawings and estimates to be submitted to clients.

iii) Complete detailed design calculations (structural and other services) including supply of drawings incorporating subsequent modifications.

iv) All working drawings for all the components (Good for construction Drawings).

v) Detailed estimates and rate analysis of all works.

vi) Completion drawings and detailed documents.

vii) Tender documents/tender drawings as per NPCC requirements.

Page 38: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 38 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

viii) Fabrication Drawings of all equipments if any.

             4.7 Coordination with other consultants / agencies 4.7.1 Consultant shall coordinate with other consultants / agencies appointed by NPCC for

the same work or other works to have proper integration of the schemes / system and to avoid any duplicity of work.

4.7.2 The Consultant shall be responsible for collecting all data/information required from any

part of the town in relation to existing drainage system as the case may be, coordinate with other consultant appointed by NPCC for this work for other sector and preparation of technically sound DPR. For this purpose, consultant may also be required to carryout the survey / collection of data’s for the complete town which may include calculation of outfall points/ultimate disposal point, calculation and determination of inlet & outlet levels etc

4.8 Compensation for delay 4.8.1 The Consultant will be required to complete the entire job within stipulated time. No

extension of time for completing the same shall be given owing to any variations made in the works by the orders of the clients, unless the clients in consequences of such variations extends the time allowed to NPCC for the completion of the works.

4.8.2. In case the Consultant fails to complete the work within the Contract period or

extended period as above owing to reasons attributable to consultant, Liquidated damages @ 1 % per week of the total fees subject to a maximum of 10% of the total fees payable shall be levied on the Consultant. NPCC shall be entitled to deduct such damages from the dues that may be payable to the associate consultant. If the work is held up at site due to non-availability of Drawings / Specifications / other Details as per mutually agreed schedule, penalty proportionate to the value of the work which is held up, shall be imposed on the consultant.

4.9 All designs and drawings shall be the property of NPCC. The name and logo of NPCC

shall be pre-dominantly displayed on all the drawings and documents. The consultant shall not put his name or firms name on any of the documents/drawings on the DPR. The name of consultant shall be written as Associate Consultant on all Drawings / Documents only after DPR is approved from all the concerned authorities.

4.10 The originals of approved completion drawings shall be of good quality reproducible

tracing paper and soft copy of all the drawings & design shall have to be given on compact disc (CD). The proprietary rights of all the designs remain with NPCC.

4.11 The Consultant shall be fully responsible for evolving safe, economic, technically sound

and correct design and shall ensure that the planning and designing of the work is carried out based on the tender document and latest Codes of Practices, legislation, other relevant bye-laws and good engineering practices and Consultant shall guarantee the performance of all the structures, other systems and service after completion of work.

Page 39: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 39 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

4.12 The Consultant will give undertaking that all drawings, design, specifications, BOQ, estimates and other documents will be prepared and furnished to suit the particular local conditions of the site in the most economical manner. The consultant will work out economic design and adopt specifications so as to ensure that the estimates approved by clients in the drawings, design, specification, BOQ, estimates or other documents, the consultant shall provide, free of cost to NPCC, fresh designs /drawings / specifications / estimates and other documents within a period of seven days from the date of notice issued by NPCC in this regard. The consultant shall also indemnify the NPCC due to such defective designs / drawings / specifications / estimates and other documents supplied by the consultant subject to a maximum of the consultancy fees.

4.13 variations in cost as per approved DPR

The consultant shall ensure at detailed design stage that the project cost is completed within approved project cost based on the quantities given in the approved DPR,

On the basis of which the project cost is approved by the owner/client. In case NPCC has to insure extra expenses due to execution of extra quantities to complete the project, the same shall be recovered from the Consultant subject to the scheme is not changed by NPCC/Owner/Client as proposed by the Consultant. Further, no bonus shall be payable to the Consultant in case of saving in executed quantities as compared to quantities given in the approved DPR.

4.14 while providing consultancy services, the Associate consultant shall ensure that there is

no infringement of any patent or design rights and he shall be fully responsible for consequences/any actions due to any such infringement. Consultant shall keep NPCC indemnified all the times and shall bear the losses suffered by NPCC in this regard.

4.15 The consultancy works may be terminated at any time by NPCC upon five days notice

in writing to the Consultant, if work is not found to be satisfactory according to the terms of the agreement or the associate consultant fails to take action as per the directions of NPCC’s’ engineer-in-charge. In case the agreement is terminated on account of consultant’s work not being satisfactory, NPCC will get the work done at the risk & cost of the consultant.

4.16 Force Majeure Clause

NPCC will not be responsible for any delay / stoppage of work due to force majeure conditions like natural calamities, civil disturbance, strikes, war etc. and losses suffered, if any by the consultant on this account. NPCC shall not be liable in any way to bear such losses and no compensation of any kind whatsoever will be payable by NPCC to the Consultant.

4.17 Completion period

The overall completion period for the execution of this project is 18 months. 4.18 If at any stage, the Project has been delayed by the acts of Client / funding authorities

or by the deployed contractor for the work, nothing extra shall be payable to the consultant. However suitable extension of time for completion of work shall be granted accordingly.

Page 40: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 40 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

4.19 Escalation / Price Variation

No claim on account of any price variation / Escalation on whatsoever ground shall be entertained at any stage of work. The rate (Percentage on the project cost) quoted by the Associate Consultant shall be firm and fixed for entire contract period as well as extended period till the completion of the works.

4.20 RESPONSIBILITIES FOR ACCURACY OF PROJECT PROPOSALS

The Associate Consultant shall be responsible for the accuracy of the data collected and the designs, drawings, quantities and estimates prepared by him as part of the Project. He shall indemnify NPCC & Client against any inaccuracy in the work, which might surface out at the time of ground implementation of the project. In such an eventuality, the consultant will be responsible to correct the drawings including reinvestigations etc. as required without any extra cost implication on NPCC.

4.21 Consultant shall appoint and notify a team of two senior officials of his organization as

nodal officers to represent the consultant in all the meetings / presentations with NPCC / Govt. of Karnataka / Local Municipal Authorities / State or any other agency.

4.22 The Consultant shall provide necessary conveyance if required for the site visits and

meetings. 4.23 TAX AND OTHER DUES 4.23.1 The rate quoted by the consultant shall be deemed to inclusive of sales tax, Turnover

Tax, Works contract Tax and Service Tax or any other similar tax applicable under the existing laws or levy by the statuary authorities / State Government.

4.23.2 The statutory deduction of income tax or other taxes / dues if applicable shall be made

from the payment released to the consultant from time to time and the same is deemed to be included in the consultant fees. 4.24 WITHOLDING AND LIEN OF PAYMENTS

Whether any claim or claims for payment of money arises out of or under the contract against the consultant, the NPCC shall be entitled to withhold and also to have a lien to retain in whole or in part, the security deposit, performance guarantee and or to withhold and have a lien to retain in part or full the payments due to the consultant, or any claims of the consultant, so as to cover the claimed amount till the claim arising out of or under the contract is determined by the competent court.

4.25 Recovery / Penalties can be done / recovered from the consultancy fee / EMD / BG of

the other works that the consultant is doing or would be doing for NPCC at that time. 4.26 All the documents submitted as part of the bid shall be duly signed and stamped by the

authorized person of the consultant. 4.27 The Associate consultant shall be required to sign an Agreement with NPCC within 15-

days of the receipt of LOI based on these terms & conditions.

Page 41: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 41 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

4.28 All the payments due to the Associate consultant shall be made by cheques or through RTGS.

4.29 ARBITRATION - Deleted.

JURIDICTION

The agreement shall be executed at Bangalore on Non-Judicial stamp paper purchased in Bangalore and the Courts at Bangalore alone will have jurisdiction to deal with matters arising there from, to the exclusion of all other courts.

4.30 The Consultant shall fully indemnify NPCC from and against all claims and

proceedings for or on account of any infringement of any patent right, design, trade mark or name or other protected rights in respect of any construction plant, machinery work or material used for in connection with the work /temporary works.

4.31 NPCC reserves the right to award the work of one or more sectors/area to one or more

consultant. Nothing extra shall be paid on this account. Further the payment of consultancy fees shall be regulated as mentioned under the caption “Note “ in the Bill of quantity of Section-V.

Signature of the Associate Consultant NPCC LTD. or Authorized person With full name & Seal Name of the Firm With Seal.

Page 42: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 42 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

UNDERTAKING

(To be given on the Letter head of the Tendered)

I / we, M/s ……………………………………………………………………………………… bidder for the consultancy work of ……………………………………………………… with M/s NPCC Ltd., No. 1316, 2nd Cross, KHB Colony, Magadi Road, Bangalore-79, do hereby undertake that I/we agree to unconditionally accept all the terms and conditions mentioned in the tender documents. Further we have noted that after unconditionally accepting the tender conditions in its entirety, it is not permissible to put any remarks/conditions in the Price Bid enclosed in Envelope and the same has been followed in the present case. In case this provision of the tender is found violated at any time after opening of envelope, I / we agree that the tender shall be summarily rejected and NPCC shall, without prejudice to any other right or remedy , be at liberty to forfeit the full said Earnest Money Deposit (EMD) absolutely. Signature of the Associate Consultant or Authorized Person with full name & seal. Name of the Firm With Seal.

Page 43: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 43 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

SECTION-V PRICE BID

NAME OF WORK: DETAILED ENGINEERING AND CONSULTANCY SERCICES Appointment of Associate Consultant in the field of Architectural Consultancy Services for the Construction of a Flyover at Bangalore for the Government of Karnataka.

BILL OF QUANTITIES

Sl

No.

Description To be quoted in percentage as mentioned in

clause no. 1.8 (in Fig)

To be quoted in percentage as

mentioned in clause no.1.8 (in words)

1 Detailed engineering and Consultancy

services for preparation of Detailed Preliminary Survey / Preliminary estimate/detailed estimate for the following work as per the scope of work and other terms and conditions explained in the tender Document. i) Construction of Flyover at Bangalore for Govt. of Karnataka

Note:- 1. The above BOQ is only indicative and bidders should consider scope of work as

mentioned in the tender document before quoting their rates. 2. Payment shall be made on the basis of % age (Percentage) given in the “payment

Schedule”, separately. 3. The total percentage quoted for the scheme shall be considered to determine the

lowest bidder. 4. In case difference in words & figures, the lowest among these two rates shall be taken

as quoted rate. (Signature of the Associate Consultant or authorized person with full name & Seal) Name of the Firm With Seal   

Page 44: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 44 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

  

ANNEXURE-I

LIST OF FILL- UP THE BLANKS Sl.No. Page No. Details

1 Details to be given in the undertaking by the tendered

2 Price Bid (Section-V)

                                   

Page 45: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 45 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

ANNEXRE-II

NATIONAL PROJECTS CONTRUCTIONS CORPORATION LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

PROFORMA OF BANK GUARANTEE (FOR PERFORMANCE GUARANTEE) NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED. (Address as mentioned in Notice Inviting Tender) Whereas the national Projects Construction Corporation Limited (hereinafter called “NPCC” which expression shall include its successors and assigns) having awarded a work/contract/supply order no……………….. dated……………………. (hereinafter called the contract) to M/s………………………….…………………….. (Hereinafter called the contractor/ suppler) at a total price of Rs……………………...... Subject to the terms and conditions contained in the contract. WHEREAS, the terms and conditions of the contract requires the contractor to furnish a bank guarantee for Rs………………….. (Rupees…………………) being……………………..% of the total value of the contract for proper execution and due fulfillment of the terms and conditions contained in the contract. We, the bank( name of the bank), (hereinafter called the “bank”) do hereby unconditionally and irrevocably undertake to pay to NPCC immediately on demand in writing and without protest/or demur all moneys payable by the contractor / supplier to NPCC in connection with the execution/supply of and performance of the works / equipment, inclusive of any loss, damages, charge and costs caused to or suffered by or which would be cause to or suffered by NPCC by reason of any breach by the contractor / supplier of any of the terms and conditions contained in the contract as specified in the notice of demand made by NPCC to the bank. Any such demand made by NPCC on the bank shall be conclusive evidence of the amount due and payable by the bank under this guarantee. However, the bank’s liability under this guarantee, shall be limited be limited to Rs………………………… in the aggregate and the bank hereby agrees to the following terms and conditions:- (i) This guarantee shall be a continuing guarantee and irrevocable for all claims of NPCC

as specified above and shall be valid during the period specified for the performance of the contract including the period of maintenance / warranty i.e. up to……………………

(ii) We, the said bank further agree with NPCC that NPCC shall have ,the fullest liberty

without our consent and without affection in any manner our obligations and liabilities hereunder to vary any of the terms and conditions of the said contact or to extend time for performance of contract by the contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by NPCC against the contractor / supplier under the contract and forbear or enforce any of the teams and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variations or extension being granted to the contractor or for any forbearance, act or omission on the part of NPCC or any indulgence by NPCC to the contractor or by any such matter or thing whatsoever, which under the law relating to the sureties would, but for this provision, have effect of so relieving us.

Page 46: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 46 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

(iii) This guarantee / undertaking shall be in addition to any other guarantee or security

whatsoever NPCC may now or at any time have in relation to the performance of the works / equipment and the company shall have full re-course to or enforce this security in performance to any other security or guarantee which the NPCC may have or obtained and there shall be no forbearance on the part of the company in enforcing or requiring enforcement of any other security which shall have the effect of releasing the Bank from its full liability. It shall not be necessary for NPCC to proceeds against the said contract/supplier before proceeding against the Bank.

(iv) This guarantee / undertaking shall not be determined or effected by the liquidation or

winding up, dissolution or change of constitution or insolvency of the supplier / contractor, but shall in all respects and for all purpose be binding and operative until payment of all money payable to NPCC in terms thereof are paid by the Bank.

v) The Bank hereby waives all right at any time inconsistent with the terms of this

Guarantee and the obligations of the bank in terms hereof, shall not be otherwise effected or suspended by reasons of any dispute or disputes having been raised by the supplier/contractor (where or not pending before any Arbitrator, Tribunal or Court) or any denial of liability by the supplier / contractor stopping or preventing or purporting to stop or prevent any payment by the Bank to NPCC in terms hereof.

We, the said Bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent of NPCC in writing. Unless a claim is made in writing within three months from the date of expiry of this guarantee i.e.……………( Three months after the date of expiry) we shall be relieved from all liabilities under this guarantee thereafter. Signed this……………………… day of …………………….. at……………….. For and on behalf of Bank WITNESS 1. ________________________ 2. ________________________              

Page 47: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 47 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

                                                                                                                                              ANNEXURE   III   

AGREEMENT FOR WORK

This Agreement No…………………….. made on ……….....….. day of…….……, 2012 between National Projects construction Corporation Limited a company registered under the Companies Act 1956 and having its registered office at Raja House, 30-31, Nehru Place, New Delhi-110019 in the State of Delhi (Herein after referred to as “NPCC LIMITED” which expression shall unless the context require otherwise include its administrators, successors, executers and assigns) and M/s …………………………………………………………………… (Herein after referred to as “……………..” which expression shall unless the context requires otherwise includes their respective heirs, executors, administrators, and legal representative through Shri………………………………………………. of the other part. WHEREAS M/s…………. has submitted their offer for the work of providing ………….... ………………………………………………… for………………………………………………………... …………………………. (Herein after referred to as………….) WHEREAS NPCC LIMITED has called the tender for the said ……………… vide tender notice no……………………….. dated ………………………. And the same is responded and quoted by M/s……………along with their offer dated………..NPCC LIMITED issued a letter of award bearing no………………… dated…………………… as the rate of ……. % on project cost (………………….) and M/s……………………. has agreed and confirmed their unconditional acceptance to NPCC LIMITED’s said letter of award. NOW THIS INDENTURE WITHNESSETH that in consideration of the payment to be made as per terms and conditions by NPCC LIMITED to M/s-------------------- aforesaid letter of acceptance M/s,…………………….. will duly perform the said work and shall execute the same with great promptness, care and accuracy in workman like manner to the satisfaction of………………… as well as NPCC LIMITED and will complete the same in accordance with the said specifications and conditions of contract and complete the same within the stipulated time as stated in the tender document. The following shall be the part of this agreement: 1. NPCC LIMITED’s letter of award no………………………… dated……………… 2. M/s…………… offer dated………………………………. 3. NPCC LIMITED’s tender documents and its terms, conditions, specifications etc. 4. Schedule of rates. AND THE NPCC LIMITED do hereby agree that if M/s…………………. shall duly perform the said work in the manner aforesaid and observed to keep the said conditions, NPCC LIMITED will pay / cause to be paid to M/s………….. for the said work, due in that respect, at the rates set forth in the Schedule off rates.

Page 48: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 48 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

It is hereby agreed that all the provisions of the said conditions, specifications which have been carefully read and understood by M/s………………….. and bill of quantities/scope of work shall be as binding upon M/s…………………… and upon NPCC LIMITED as if the same have been repeated herewith and shall be read as part of these presents. For M/s………………………………….. For M/s NPCC LIMITED Witnesses Witnesses

Page 49: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 49 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 50: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 50 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 51: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 51 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 52: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 52 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 53: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 53 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 54: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 54 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 55: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 55 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 56: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 56 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 57: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 57 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

ANNEXURE IV

Page 58: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 58 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

REPORT

Page 59: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 59 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

ON

Page 60: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 60 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

THE GEOTECHNICAL INVESTIGATION FOR THE PROPOSED

GRADE SEPARATOR

REPORT ON THE GEOTECHNICAL INVESTIGATION FOR THE PROPOSED FLYOVER

INTRODUCTION

The primary objective of this investigation is to establish the geotechnical condition at the site and to evaluate the bearing pressure and other engineering design parameters through the various field and laboratory tests. This report consists of the details about the field tests performed and the recommendations made based on the results of the tests.

SCOPE

The scope of work includes both the field and laboratory tests. Two boreholes by rotary drilling method are planned to obtain the sub-surface stratification. Fig.1 shows the location of the boreholes on the entire plan of the proposed construction site.

Page 61: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 61 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

FIELD INVESTIGATION

Boring and Sampling

150 mm diameter boring at all places is carried out in accordance with IS: 1892 -1979 Code of Practice for sub-surface investigation of foundation (1992) by adopting auger boring. Representative I undisturbed samples are collected at different depths as the boring operation progressed. Various laboratory tests are conducted on the samples collected. Standard penetration tests are conducted at every 1.50m interval as per IS: 2131 - 1981.

Field testing

(a) Standard penetration test

Standard Penetration Test (SPT) is carried out at different depths in all the boreholes & the 'N' values are recorded. The number of blows required to drive a 50mm diameter split spoon sampler for a depth of 30cm using a 65 kg hammer for a drop of 75cm is recorded as 'N' value. The results of all the penetration tests are performed in each of the boreholes and they are shown in their respective Bore logs. The test is halted if,

i) 50 blows are required for any 300mm penetration.

ii) 10 successive blows produce no advance and the N - value is recorded as "REFUSAL"

LABORATORY TESTS

Laboratory tests are performed to evaluate both the index and engineering properties of the soil samples collected during boring. The different tests performed are grain size analysis, determination of Atterberg limits, moisture content and shear tests. The results of these tests are presented in tables I to 2.

SUB SOIL PROFILE

The subsoil generally consists of top nil to an average of 1.25m is filled up soil followed by yellowish red /whitish grey fine sandy silt up to 3.0m depth. Below this depth grayish yellow silty fine to medium sand up to 4.0m and thereafter whitish' grey I yellowish grey weathered rock is observed up to 6.0 to l0.0m depth. Below this depth whitish grey I pinkish grey soft /rock! hard rock is observed up to the termination depth. The boreholes are terminated at 8.3m and 12.0m respectively from the existing ground level. During the time of investigation water table was encountered at an average of 4.0 m from the existing ground level.

CONCLUSIONS

The following conclusions and recommendations are given based on field and laboratory investigations.

I) The stratum up 4.5/6.0m depth is found to be loose to medium dense in nature.

2) The silt / clay present in the soil is found to be medium compressible in nature.

Page 62: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 62 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

3) The silt / clay present in the soil is found to be medium plastic in nature.

4) During the time of investigation water table was encountered at an average of 4.0 m from the existing ground level.

RECOMMENDATIONS

The following recommendations are made based on the detailed investigation conducted and the conclusions drawn. I. The foundation for all structure shall be taken to a minimum depth of 3.0m below the

existing ground level.

2. Individual footing/raft foundation may be designed with the following allowable bearing pressure of, which gives a factor of safety of 3.0 against shear failure and for an allowable settlement of 25mm:

Depth, m S.B.C (t/m2) 3.0 22

4.5 25

6.0 32

3. The bottom of foundation shall be properly leveled and verified for loose pockets/weaker zones and if found, the same shall be replaced with lean concrete.

Alternatively

Bored cast-in-situ pile foundation is recommended based on load consideration. Piles shall be socketed into hard rock for at least 0.6 times the diameter of pile or 5 times the diameter in hard strata or weathered rock.

In cases of pile founded in a hard stratum the spacing will be governed by the competency of end bearing strata. The minimum spacing in such cases, shall be 2.5times the diameter of the shaft. In case pile resting on hard rock 2 times the diameter may be adopted. Piles deriving their bearing capacity mainly from the friction shall be sufficiently apart to ensure that the zones of soils from which piles derive their support do not overlap to such an extent that their bearing values are reduced. Generally spacing in such cases shall not be less than three times the diameter of the shaft.

For the design consideration (Design length of pile= 10.Om from existing ground) following allowable load carrying capacity of the piles may be considered. However actual load carrying capacity of pile may be arrived by conducting initial pile load test.

Diameter, mm Allowable Load, tones

600 71

Page 63: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 63 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

750 123

1000 375

1200 535

Page 64: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 64 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 65: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 65 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 66: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 66 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

ANNEXURE- V DRAWINGS

Page 67: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 67 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 68: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 68 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 69: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 69 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 70: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 70 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

Page 71: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED …npcc.gov.in/tenders/1771.pdf · Architectural Consultancy Services as Associate Consultant for the construction of Flyover at

Page 71 of 71  

 Sr. Manager                                                                                                                 Signature of the Agency NPCC Limited 

DRAWINGS